Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2006 FBO #1727
MODIFICATION

65 -- Horizon II Edger or equal

Notice Date
8/17/2006
 
Notice Type
Modification
 
NAICS
339115 — Ophthalmic Goods Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMLC, 1681 Nelson St, FT Detrick, MD, 21702-9203
 
ZIP Code
21702-9203
 
Solicitation Number
N62645-06-T-0187
 
Response Due
8/24/2006
 
Archive Date
9/8/2006
 
Point of Contact
Jan Harding, Contract Specialist, Phone 3016190177, Fax 3016196793,
 
E-Mail Address
jtharding@nmlc.med.navy.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a written solicitation will not be issued. Provisions and clauses in effect through FAC 2005-11 are incorporated. The Naval Medical Logistics Command intends to award a contract on a brand name or equal basis for the following: an Horizon II Edger or equal. The Horizon II Edger is manufactured by National Optronics, 100 Avon Street, PO Box 1547, Charlottesville, VA 22902. This procurement will be classified under North American Industry Classification System (NAICS) 339115 with a Small Business Size Standard of 500 employees. The technical documentation for offerors proposal of “equal” models must meet the salient physical, functional and performance characteristics described below. “Equal” models are required to provide sufficient descriptive literature in accordance with FAR Clause 52.211-6, Brand Name or Equal, to allow for thorough evaluation of “equal” proposals. Specifically, the Dry Cutting pattern edger shall conform to the following Salient Characteristics: SALIENT CHARACTERISTICS: A. Unit shall be a solid state, dry cutting, router-type edger capable of cutting and finishing a minimum of 125 jobs per day of CR-39, poly or hi-index lenses, requiring no coolant during the process. B. Unit shall be capable of operating from a source voltage of 115V, 60Hz. C. Unit shall be capable of providing at least 6 periphery finishes to include but not limited to: (1) Hide-a-Bevel (2) Modified Hide-a-Bevel (3) Grooving (4) Faceting (5) Rimless (6) Shelving D. Unit shall be capable of accepting lens blanks of at least 100mm in size and not less than 24mm (vertically). E. This unit may be used on board a U.S. Navy vessel and due to space limitations the overall dimensions shall not exceed 3 feet cubed, and a weight not to exceed 125 pounds (excluding the vacuum unit). F. Unit shall be supplied with not less than three Hide-a-Bevel cutters. G. Air chucking H. 80PSI, Clean, dry compressed air required. I. Shall be equipped with tools, supplies, and accessories required for immediate set up and day to day operations. J. Unit shall be installed by the manufacturers representative. K. (2) operators manuals and (2) service manuals (to include wiring diagram, schematics, and parts list) shall be included with the unit. ADDITIONAL TECHNICAL INFORMATION: Regulatory Requirements: The Horizon II Edger and all of it’s components, shall be compliant with the Food and Drug Administration (FDA) requirements to market and deliver medical products for use in the United States of America, even should delivery be requested outside of the United States. The claims made for the product shall comply with the regulations of the FDA with respect to products for marketing and delivery of a medical product for use in the United States of America, even should delivery be requested outside of the United States. Each Unit (System) to include all of the following items: (1) P/N: Description: Horizon II Edger or equal Quantity: 5 (2) P/N: Description: Horizon II Edger or equal Quantity: Option to purchase up to 6 more EVALUATION FACTORS FOR AWARD: A. Technical Conformance with Salient Physical, Functional and Performance Characteristics B. Price : The lowest price technically acceptable offeror for this brand name or equal requirement will represent best value to the Government. PROPOSAL INSTRUCTIONS AND FORMAT: Format of submission for “equal” proposals shall be separated into BUSINESS and TECHNICAL sections. THE BUSINESS SECTION WILL NOT BE EVALUATED AS PART OF THE TECHNICAL EVALUATION. All “equal” proposals shall be segregated into the technical proposal and the business proposal. The Business proposal shall specify costs of equipment. The Business proposal shall not contain any data that the offeror intends to be evaluated for technical compliance. TECHNICAL CONFORMANCE TO SALIENT PHYSICAL, FUNCTIONAL AND PERFORMANCE CHARACTERISTICS: The technical documentation for offerors proposal of “equal” models must meet or exceed the salient physical, functional and performance characteristics. “Equal” models are required to provide sufficient descriptive literature in accordance with FAR Clause 52.211-6, Brand Name or Equal, to allow for thorough evaluation of proposals. Failure to include an answer to each requirement in the solicitation may result in an unacceptable proposal. The contractor for “equal” products shall provide proof that the product offered meets the salient characteristics and that the product conforms to the manufacturer’s own drawings, specifications, standards, and quality assurance practices. A copy of the operator and service manuals shall be included for evaluation. PRICE: Pricing will be evaluated on aggregate value of the contract for all items. All pricing will be based on F.O.B. Destination within the Continental United States. Format of Submission for “brand name” shall be part number and price. All pricing will be based on F.O.B. Destination within the Continental United States. In order to be determined responsible, companies shall be registered in CCR, provide DUNS number, Cage Code, and TIN. Companies shall also comply with DFARS 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (JAN 2004). PROVISIONS at FAR 52.212-1, Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED. Offeror shall include a completed copy of provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their proposal. Offeror shall include a completed copy of provision at DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items. Addenda to this provision includes DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate; 252.225-7006, Buy American Act-Trade Agreements-Balance of Payments Program Certificate; and 252.225-7035, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program Certificate. FAR 52.212-4, Contract Terms and Conditions---Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. In compliance with said clause, the following FAR clauses apply: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders---Commercial Items, applies to this acquisition. In compliance with said clause, following additional DFARS clauses apply: 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.219-7005, Incentive for Subcontracting with Small Business, Small disadvantaged Businesses, Historically Black Colleges and Universities and Minority Institutions, Alternate I; 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7007, Trade Agreements; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7036, North American Free Trade Agreement Implementation Act; 252.247-7024, Notification of Transportation of Supplies by Sea. FAR clauses 52.202-1, Definitions; 52.211-6, Brand Name or Equal; 52.216-1. Proposals shall be submitted by email only to Jan Harding at: jtharding@nmlc.med.navy.mil . Proposals are due by 4:00 p.m. EST on 24 August 2006. All questions shall be addressed to Jan Harding by email only, NLT 3:00 P.M. EST on 22 August 2006. No phone calls will be accepted. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-AUG-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/BUMED/N62645/N62645-06-T-0187/listing.html)
 
Place of Performance
Address: 1681 Nelson Street Frederick, MD
Zip Code: 21702
Country: UNITED STATES
 
Record
SN01118952-F 20060819/060817230117 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.